SOLICITATION NOTICE
65 -- New Cart Wash/Washer-disinfector (VA-20-00016406)
- Notice Date
- 4/24/2020 9:38:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26320Q0422
- Response Due
- 5/8/2020 12:00:00 AM
- Archive Date
- 05/23/2020
- Point of Contact
- Steve Hernandez Steven,Hernandez3@va.gov
- E-Mail Address
-
Steven.Hernandez3@va.gov
(Steven.Hernandez3@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- REPLACE SPS CARTWASH AND ROOF EXHAUST FAN SCOPE OF WORK P a g e 10 | 10 This is being issued as SB Set-Aside for a name brand or equal solicitation. If you are bidding products that are not name brand, but equal to, you must provide sufficient documentation that the items you are bidding equal to or better than the name brand components.� All equipment must be new. If you are bidding any open market items they must be clearly marked on the quote.�� Description:�REPLACE SPS CARTWASH AND ROOF EXHAUST FAN Brand name or equal to:�Getinge 9100E Cart Washer-Disinfector. A. Description & Salient Characteristics: As listed in SOW All items to be shipped F.O.B. destination. Shipping and installation shall be included in the product price and shall not be billed separately. Any additional materials to include the standard warranty information, training and cleaning materials and proper care for upkeep are required upon delivery. NOTE: RFQ response must be received NLT 05/08/2020�at 12:00 pm CST.� SCOPE OF WORK VA PROJECT TITLE: REPLACE SPS CARTWASH AND ROOF EXHAUST FAN LOCATION: FARGO VA HEALTH CARE SYSTEM, 2101 ELM STREET, FARGO, ND 58102 The Fargo VA Health Care System (FVAHCS) requires a Washer-disinfector to include items identified in this Statement of Work, Specifications and requirements. The Equipment Supplier/Contractor must provide a turn-key solution including demolition, removal and installation of equipment, construction, electrical installation, programming, testing, commissioning and end-user training. The Equipment Supplier/Contractor must comply with the VA requirements set forth in the Pre-Construction Risk Assessment (PCRA) and the Infection Control Risk Assessment (ICRA). Contractor shall provide a Turn-Key Solution and supply all Equipment, Parts, Supplies, Labor/Installation and on-site VA Staff Training for the Fargo VA Health Care System (FVAHCS) located at 2101 N Elm Street, Fargo, ND 58102 QUOTE REQUIREMENTS The quote should include a bill of materials with product subtotal, labor/installation line item, and total cost for each deliverable separately. Included with this Scope of Work are a Fargo VA campus that shows the location of the Main Hospital building, the Warehouse and other information pertinent to the delivery and routing of equipment and staging for installation. Also included are plans of the Main Hospital building that indicate the locations loading docks at the facility and the location of the SPS area where the delivery of equipment will be made and required installation work will becompleted. The bidding contractors will need to review the site and ensure that all equipment (both for demo/removal of old equipment and delivery/installation of new equipment) can fit through the existing corridors and doorways. A Pre-Award mandatory Site Visit is required by all bidding contractors. Site Visits are available by appointment only. Site Visits will be available up to 72 hours before the closing date. MILESTONE EVENT DELIVERABLE Business Survey of Facilities Detailed description of equipment locations and requirements Mandatory Site Visit - Answer to RFP Detailed system architecture RFP due date Installation plan Detailed list of installation locations, dates, times and required access To be submitted with RFP response System Installation Equipment installed and fully functional 60 days from contract award PROJECT REQUIREMENTS Contractor shall provide a Turn-Key Solution and supply all Equipment, Parts, Supplies, Labor/Installation and on-site VA Staff Training for the Fargo VA Health Care System (FVAHCS). Price shall include but shall not be limited to the following for a complete and functional installation: Qty. 1 floor loading hydro-spray mechanical washer with ability to be programmed for specific disinfectant requirements. Must have a programable steam dry feature. Must have capability of programable chemical disinfectant cycles. Must be able to process items made of stainless steel, aluminum, plastic, rubber and/or silicone. Must have double doors to accommodate the pass-through of carts. Capable of thermal disinfection. Must have pit installation with right side service configuration. Must have predefined programs for was/disinfection cycle. Must have a minimum of 10-inch diagonal, color touchscreen control panel. Must have a two-stage debris filtering system. Must an automatic sump cleaning system. Must have audible and visual alarm to indicate cycles. Must have an automatic threshold plate. The chamber should have removable floor sections for inspection or maintenance. Should include a programable floor tilting function. Must have an automatic water fill level. Must have an oscillating spray system. Must be able to control dosing of chemical and detergent. Must have an automatic chemical dispensing system with low level alerts. System must be able to alert users to malfunctions. Must be able to customize and label cycles. Must have a heated booster tank. Turn Key Installation of new equipment and demolition/removal of existing equipment to include but not be limited to: Demolition/removal of existing equipment to include off-site disposal. Remove old hookups and install new ones. New hookup to include at a minimum electrical, water, steam, and drainage. Extend existing utility connections or provide new as required for connection to new equipment. All hookups must be installed per local code and inspected by a licensed professional this includes electrical connections, steam lines and gate valves, HVAC, and hot and cold-water supply. Licensed in the State of North Dakota. All utility shutdowns/interruptions for electrical, steam, HVAC or water must be scheduled with COR two (2) weeks prior to any work. All work on the utilities is required to be coordinated with Fargo VA Maintenance and Repair Foreman. Contractor is responsible for any concrete removal needed to fit new equipment. All concrete should be treated with an epoxy seal before installation of new equipment. Contractor is responsible for any wall and ceiling construction or patching. Walls must have finished moisture resistant drywall. Ceiling work may include the re-moving and/or replacement of ceiling tiles to give a finished look acceptable to VA inspection. Painted finishes must match existing and must be from corner to corner for entire wall (or surface) to prevent an inconsistent painted finish. Note that painted finish in Soiled/Decontamination area must meet original product specifications as follows: PART 2 PRODUCTS 2.1 GLAZED COATING Epoxy Cold Cured Gloss: MPI No 77. In existing occupied buildings, use Water Based Epoxy, MPI No. 115. Paint Schedule: P-1 (Walls): Equal to Sherwin Williams, Color: Anew Gray, No. SW7030. P-2 (Ceilings): Equal to Sherwin Williams, Color: Pure White, No. SW7005. Vendor will install a pit mounted cart wash to meet all industry standards. Vendor will provide and install any stainless-steel trim pieces necessary along floor, walls and ceilings to cover all voids, seal the joints between the equipment and structure and allow for future removal as needed for maintenance or repair. The existing power exhaust fan on the roof will be re-used to provide required exhaust. The operation of the fan shall be interlocked to operate only when the cart-wash is operating. The contractor shall include all control equipment with the cart wash to initiate operation of the fan and installation shall include connection to existing fancontrols. Any programming required to accomplish the fan operation sequence shall be included in the installation. Training - SPS Equipment users The Vendor shall provide a minimum of one day (8 hours) hands-on cart-wash equipment user training on-site at the Fargo VA for VA SPS staff. Provide two (2) printed copies of user training manuals and one copy in electronic format. Training date to be scheduled with the VA COR. Training shall include the following outlined items: Washer/Disinfector Equipment User Training Outline Level: Operator Health & Safety Safety Precautions Personal Safety Damage Prevention Personal Protective Equipment Systems Overview Chamber System Door System Controls System Recording Devices Safety Devices Detergent System Operating the Equipment Startup Equipment Loading Equipment Normal Operation Unloading Equipment Recording Results Handling Faults Identifying Faults Terminating Process Emergency Shutdown Fault Recovery Care & Maintenance Loading Detergents Maintenance Schedule Daily Maintenance Tasks Weekly Maintenance Tasks Other Maintenance Tasks Level: Supervisor Cycle Overview Cycle Phases Cycle Parameters Available Cycles Processing Cycles Maintenance Cycles Test Cycles Cycle Management Changeable Parameters Editing Cycles Machine Configuration Passwords Language Setting Clock / Calendar Machine Naming Cycle Naming Machine Settings Saving RAM to Flash Level: 1st Response (In addition to noted Operator / Supervisor Training) Emergency Manual Door Opening, if applicable Utility Requirements for Proper Operation Piping Component Review Electrical Review of Fuses and Circuit Breakers Review Changing Door Gasket General Maintenance Items (per Operators Manual) Training VA Bio-med Equipment service The Vendor shall provide a minimum of three days (24 hours) hands-on cart-wash equipment service and maintenance training on-site at the Fargo VA for VA Bio-med staff. Provide two (2) printed copies of service/maintenance training manuals and one copy in electronic format. Training date to be scheduled with the VA COR. Training shall include all training as outlined for SPS Equipment users as well as the following outlined items: Washer/Disinfector Service and Maintenance Training Outline A. Level: Preventative Maintenance Preventative Maintenance Overview Inspection & Condition Monitoring Customer Benefits Preventative Maintenance Check Sheet Introduction to Check Sheet Purpose and Use Check Sheet Sections Customer Interface Visual Inspection Condition Monitoring Subsystem Checks Functional Verification Preparing for Preventative Maintenance Check Personal Protective Equipment Organizing Work Area Accessing Equipment Check Error Log History Check cycle print outs (if applicable) Visual Inspection Operator Area Wash Chamber Service Area Steam Traps Condition Monitoring Water Quality TDS Check Dosing Configuration Confirm the correct detergent is supplied to the correct pump. Check Gauges for Acceptable Ranges Sub-System Checks Doors Confirm Functions Confirm Threshold Operation Confirm Crush Protection Confirm Lockout Key Inspect Door Gasket Emergency Safety Features Safety Cable Emergency Stop Switches Wash Carts Check Spray Headers Clean and Move Freely Check Spray Nozzles Confirm Wheels Move Freely Detergent/Dosing System Check Level Switches Inspect Hoses Inspect/replace detergent pump squeeze tubing Control Panel Verify Operation Cycle Printer Test Print Functional Verification Perform Short Cycle Confirm Cycle Times Check for Air, Water, or Steam Leaks Ensure Control Panel Display Works Properly Ensure Correct Amount of Detergent Dispensed Ensure Spray Manifolds and Spray Nozzles Operating Properly Check Circulating Pump Pressure (If applicable) Verify Thermal Disinfection temperature (194F) for one minute Verify proper Drying system operation Level: Service and Calibrations Health & Safety Safety Precautions Personal Safety Damage Prevention Personal Protective Equipment Calibrations Operator Panel Calibrations Door System Documentation Theory of Operation Troubleshooting Adjustments Piping System Documentation Theory of Operation Troubleshooting Adjustments Controls System Documentation Theory of Operation Troubleshooting Adjustments Detergent System Documentation Theory of Operation Troubleshooting Adjustments Fault indications and troubleshooting Documentation Additional line item pricing is required for the following Items Manufacturer specific Container wash cart w/hooks, 4 shelves Chemical/Detergent 3.0 DELIVERY/INSTALLATION Delivery [FOB Destination], (all shipping and handling charges shall be paid by the contractor) installation/configuration of all solutions must by managed (completed/coordinated) during normal facility operating hours (between 8:00am and 4:00pm) to ensure timely government occupancy and smooth facility operations. Responsibility and liability for loss or damage shall remain with the contractor until final inspection and acceptance by the customer agency. Contractor shall verify that the new equipment will fit in the existing cart-wash space. Contractor shall verify that route (to move new equipment inside the VA facility) will provide adequate clearance in corridors and through doorways. If the contractor requires any extra work to make route accessible or provide additional clearance for equipment, this shall be provided at no additional cost to the VA. Delivery Address: Department of Veterans Affairs, Fargo VAHCS 2101 N. Elm St Fargo, ND 58102 VA Project Manager. The contractor will coordinate all deliveries and installation with the Contracting Officer Representative Todd Dalzell at 701.239.3700 x 3362 Todd.Dalzell@va.gov. Contractor will be required to be escorted during installation due to access to sensitive areas. Offeror to remove all boxes and any excess salvage from the VA grounds and dispose at contractor cost. Access to Warehouse loading dock is available for unloading of material only Period of Performance shall not exceed 150 days after award. The installation day/date shall be coordinated with the Contracting Officer Representative of Fargo. Installation shall be performed during Normal Business Hours 8:00 A.M. 4:30 P.M Monday Friday excluding Federally Recognized Holidays. Any installation work performed outside of these hours shall be coordinated with the COR (Contracting Officer Representative) to ensure that VA staff are aware and available if needed for utility outages or overseeing installation activities in sensitive/restricted areas. Contractor will give provide the COR at least a 21-day notice of all proposed shutdowns of electrical, steam, water, air handlers and any other equipment. Work shall be done on premium time (at no additional cost to the Government) where necessary to minimize impact to critical care and patient operations. Vendor is responsible for notifying COR in advance of arrival and departure, providing review of all product and site conditions before signing off. Trucks cannot be left unattended and must be removed from unloading area after unloading. All contractor vehicles are to be parked only in the designated Contractor Parking areas. Drop shipping is not acceptable. All deliveries must be received and handled by the Equipment installers. Installation Requirements. Completion of the installation requirement will require the following minimal tasks: The Fargo VAHCS will not provide equipment, tools or labor to assist in deliveries. All necessary equipment and manpower must be included in quote. The Fargo VAHCS will not provide on-site storage for equipment requirements for the Fargo project unless negotiated in the best interest of the VA. Necessary storage must be included in proposal. Any damage to the Fargo VAHCS facility incurred through the installation process must be repaired within 30 days at the vendor s expense. Deliveries must be scheduled through the COR before installation. Meet all incoming delivery vehicles at the building entrance, unload deliveries, check for damages, and move them to the appropriate areas. The contractor shall provide an installation schedule to the COR for review and approval prior to starting any work on-site at the facility. Once the COR has reviewed and approved the install schedule, the contractor must arrange equipment delivery to the installation site location in accordance with the Installation Schedule. Attached facility plans show location of existing cart-wash to be replaced. Routing for delivery (and removal) of equipment is high-lighted on the facility plans. The contractor is responsible to visit the site, complete an on-site walk-through of the facility and review the logistics of equipment delivery and installation to ensure sufficient clearance for movement and installation of all equipment and materials. For the entire duration of the project, the functional operation of SPS services must not be interrupted. For the entire duration of the project the SPS service will be using the manual cart- wash located adjacent to the new cart-wash installation site. The contractor must keep the route accessible for SPS staff to operate the manual cart wash during the duration of the project. During Installation the Contractor shall follow the requirements of the (PCRA) Pre-construction Risk Assessment and (ICRA) Infection Control Risk Assessment as directed by the Government see attached sample of ICRA/PCRA requirements. The Contractor shall provide required containment walls to enclose the work-site. Equipment such as negative air machines and HEPA filtration will be required to limit contamination and prevent dust/debris from migrating out of the work-site containment area into clean areas. Complete installation of washer/disinfector in accordance with Government approved manufacturer specific drawings and specifications. Any missing or damaged products must be replaced IMMEDIATELY. The installation shall be reviewed and approved by the cart-wash manufacturer representative to ensure that proper access is provided to all required maintenance/service areas of the equipment as per manufacturers requirements. Any variations from manufacturers documented requirements shall be noted and discussed with VA Contracting Officer Representative prior to proceeding with installation. Contractor is responsible for ensuring that the washer/disinfector is mated to building utilities and is fully functional. Manufacturers complete start-up and testing reports for all functions shall be completed and provided to the VA for final acceptance. The contractor will be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the successful contractor to identify any existing damage to the building by means of a pre-installation and delivery walk-thru. The contractor shall clean up and dispose of waste materials or rubbish in accordance with this paragraph and all applicable federal, state, and local regulations, standards, codes and laws. The contractor shall keep the job site, including staging and storage areas used by the contractor, free from accumulations of waste material or rubbish. Prior to completion of the work, the contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the contractor or used under the contractor s direction. Provide on-site management, coordination and technical assistance by a project manager working with the Government representative throughout the installation phase. All on-site installation personnel shall meet the following VA Mandatory Safety Training Requirements: Prior to commencing work, general contractor shall provide proof that an OSHA certified Competent Person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. The OSHA certified CP shall have the 30-hour OSHA certified Construction Safety course and/or other relevant competency training, as determined by VA COR with input from the Construction Safety Committee. Provide copy of 30-hour OSHA card for CP to VA COR. All employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and/or other relevant competency training, as determined by VA COR with input from the Construction Safety Committee. Provide copy of 10-hour OSHA card for CP to VA COR. Additional VA requirements for Construction Safety and protection of the VA facility require that all contractors obtain the proper permits from the VA Engineering Office PRIOR to undertaking the following construction/work activities: All welding, brazing, metal cutting (by torch or grinding), and any activity that will use an open flame or produce sparks etc. requires the contractor to be issued a Hot Work Permit for the day that the work will be taking place. Any work that will take place above the lay-in-tile (L.I.T.) ceiling requires the contractor to be issued an Above Ceiling Work Permit for the day that the work will be taking place. The contractor will be responsible for confining its crew and work to the designated project areas. The contractor will also be responsible for ensuring that the installation personnel are identifiable. Temporary VA badges will be provided by VA Engineering Office and are required to be worn by all Contractors and Sub-contractors while on VA Campus. Contractor Badges are available at VA Engineering Office Room BD-50 phone extension 3361. Contractor staff will be entering both Sterile processing and non-sterilizing areas. Staff will be required to know and adhere to gowning and removal of gowns per VA requirements. Upon completion of cart-wash installation the Contractor shall provide a complete set of As-Built Documentation to meet the following requirements: Drawings: The Offeror shall submit a set of as-built drawings in electronic format (that is compatible with AutoCAD) and in hard copy format with any changes noted on the plans that were made during the construction activities. This shall include new cart-wash installation, new roof exhaust fan installation, differing site conditions, piping modifications for water and steam, ductwork modifications, piping or ductwork size issues, rerouted utilities, etc. Cart-wash Manufacturer Final Start-Up and Inspection Report the contractor shall provide both hard copy and electronic copies (in PDF format) of the Manufacturers completed Final Start-up and Inspection Report to the VA COR. Digital Photographs photographs, both hardcopy and electronic (jpeg or other VA approved electronic/digital picture format) of the before and after conditions shall be provided and clearly labeled. Electronic documents shall be submitted on DVD-ROM or CD-ROM disks as approved by the VA COR. Installation must be performed by licensed and bonded installers and all installation personnel shall have completed OSHA 30-hour or 10-hour training as required and have documentation of training. The Vendor must be able to provide professional certification of all installation staff and subcontractors if requested by VA staff. Upon the completion of each step in the installation process the VA s corresponding trade professional shall inspect and give approval to continue. Required Individual Line Items & Quantity of Items Period of Performance shall not exceed 150 days after award. ---- END --- 39 54 12 13 CITY LIFT STATION (STORM SEWER) 50 10 11 51 52 30W 30E 56 1-9-46 MAIN HOSPITAL BUILDING 8 3 41 53 40 42 BLDG. NO. 1 MEDICAL CENTER 3 ADMINISTRATION OFFICE FLAGPOLE MEDICAL CENTER BOILER PLANT MAINTENANCE GARAGE WAREHOUSE LAUNDRY 20 GATE WELL 30 ADMINISTRATION OFFICE HIGH VOLTAGE SWITCHGEAR BLDG VBA REGIONAL OFFICE OXYGEN STORAGE TANK UND SCHOOL OF MEDICINE PICNIC SHELTER AND PATIO XCEL ENERGY BLDG (NATURAL GAS) 46 MEDICAL CENTER COLD STORAGE BUILDING HRMS ADMINISTRATION OFFICE HAZMAT STORAGE BUILDING PANDEMIC FLU STORAGE BUILDING 56 CHILLER PLANT 20 MC- MOTORCYCLE PARKING - HANDICAPPED PARKING CP- CAR/VAN POOL PARKING R- RESERVED PARKING UND- UNIVERSITY OF NORTH DAKOTA AFGE- AMERICAN FEDERATION GOVERNMENT EMPLOYEE RO EOM- REGIONAL OFFICE EMPLOYEE OF THE MONTH HCHV- HEALTH CARE HOMELESS VETERANS 43 NFFE- NATIONAL FEDERATION FEDERAL EMPLOYEE FARGO VAHCS 2101 ELM STREET FARGO, ND 58102 44 N SITE PLAN 0 50 100 150 200 250 300 350 400 437-##-### 12/18/2019 DTL MCS # NO SCALE # # AREA & OCCUPANCY TYPE N FLOOR AREA: 128,274 GSF OCCUPANCY: BUSINESS FARGO VAHCS 2101 ELM STREET FARGO, ND 58102 W6X15 Drawing Title BASEMENT FLOOR SQUARE FOOTAGES 12/02/2019 u V I I I LJ I E I d,""' II J ! :;::.L l _F [25] 10J""I 1 PASSAGE I - I c-- I 24A I WOMENS 51- I CORRECTIVE I I "" THERAPY 2'\ 6'-11"" 4 i4 7'-S"" 7--- ...,I - Lp1c E yy J I 248 ] -fl t g ""r-- J A MENS r r_r-, _� 1--- J LOCK [ / / / / .' } / / / C 77/ - 1 - +-E - -Itj- n r---- - J:,N WASH - Fl I I [2QKJ [ CART rn[] I RECEIVING[ DECONTAMINATION - ra JI . 6' l ,,,;i1 } 4' 14'-11"" I g ll 1 IN C) 1141 � [ Cft M _ _ IN O') rI! a 1. I I Ci 0 l!i. i I I _ I r-r) IN LD ...=-,""'ST"" r .Jl TO , d l! ........ I I I :: - _ r-r')fi-tj- r O') : ,. . -=.,I.- ' J I I I J\ - I I { -7' ! I I n - I .-4- : II _ I I .= I r---- b _ r:g ,I P'7l .., U) orri :::0 rr, --u -I ; i u c.o :)r>z-: --)->----� 0) 6'-6"" PIT I I I I I I I 1 I I l ---!. I o u -I 0 4 L r""""C I I..) ---4 ,e::_/ \ CJ rr, 0:::0 -Ir-r, N :s::::::;- ------,7 1 -I 0:z: � 4,, O.D. DRAIN d @ -8"". SEE MECH. +- I ra 1-- SLOPE "" 8"" X 12"" LEVEL CONC. PAD @ J LJ - 714"" TYP. EACH CORNER 0... :: c.o c.I o -s;=- ------ .10''. L.1./' 0... 0 (_J /) 7'-10"" PIT \ 4 L 2""xt x1"" S.S. ANGLE @ PIT PERIMETER * (VFY) * 9 PIT PLAN A6 1/4""=1'-0"" 4 -- - 4 SERVICE I I 4 CLEARANCE J -Fil l 4 4 0 0 - I I c.o I -- / I '\ ' I I / I L_J / -~ D """" / f I / / I I I I I I .,..:.IN LO 0) I I 0) 0) co r - / - - - '\ I '\ I '\ }I - -_ b' - I I I --_-L ;:. co .-�..L.. ,,.,,.�. ��;�;' �""-i.�. ..,.Jls. c ..; .... �.', . ..,_ ..I -..-.-.....\ �.�'. ..�.. .k.�.;'..,.,..�-""-,_ . . ...., . . . .� ,.' I'.-<:�.-.:��..�,- ;. ..;'- .�:_
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f72a4c7ae0a24e8dbb3d2abfba88626a/view)
- Place of Performance
- Address: Fargo VA Medical Center;2101 Elm Street;Fargo, ND 58102-2417, USA
- Zip Code: 58102-2417
- Country: USA
- Zip Code: 58102-2417
- Record
- SN05635714-F 20200426/200424230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |